SOLICITATION NOTICE
J -- 18 Ton Crane Repair and Recertification
- Notice Date
- 8/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Bureau of Reclamation Pacific Northwest Region Regional Office Acquisition Management Division 1150 N. Curtis Road, Ste. 100 Boise ID 83706-1234 US
- ZIP Code
- 00000
- Solicitation Number
- 140R1018Q0070
- Response Due
- 8/16/2018
- Archive Date
- 8/31/2018
- Point of Contact
- Somerville, Amanda
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document, number 140R1018Q0070, and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1 dated July 16, 2018. This Request for Quotes (RFQ)is issued pursuant to Part 12 and Part 13 of the Federal Acquisition Regulations. Quotes are due 2 p.m. (MDT)on August 16, 2018, 2018. This RFQ is set aside for small business. The applicable North American Industry Classification System (NAICS) Code is 811310 and the associated Small Business Size Standard is $7.5 million average annual receipts. Reclamation will consider all responsible sources who submit a timely quote that conforms to the solicitation. Prospective offerors may submit quotes electronically only through FedBizOpps, FedConnect, or email to the Contract Specialist at ASomerville@usbr.gov by 2 p.m. (MDT) on August 16, 2018. Offerors are advised to include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Any contractor interested in doing business with the Federal Government must register in the System for Award Management database prior to award of a contract or agreement. SAM is a Federal Government owned and operated FREE website at www.SAM.gov. All invoices for this procurement must be submitted through the Department of Treasury ¿s Internet Payment Platform located at www.IPP.gov. The resulting award will be a performance-based, firm fixed price purchase order. Location: Yakima Field Office, 1917 Marsh Road, Yakima, Washington, 98901-2058. WORK REQUIRED Repair the ROTEC bearing and seal and recertification of a 2005, 18 Ton National Crane, Model 600E During the inspection of the 18 Ton National 600E mobile unit, performed by a National Crane Institute Certified third party inspector, it was determined there were deficiencies with the ROTEC bearing and seal that the crane boom is mounted to and rotates on as well as the internal boom retract and extend cables. The ROTEC bearing is loose and creates uneven operation and could create a point of failure during operations. The seal is not seated properly and is allowing water to enter the bearing possibly accelerating corrosion which creates resistance during operations and accelerates failure. The manufacturer suggests replacement of the inner boom retract and extend cables every 7 years and it has been longer since these were replaced. Task Replace the ROTEC bearing and seal, inner boom retract and extend cables, replace the boom wear pads and fasteners, and, replace internal bearings, internal retract and extend cable sheaves. The contractor shall inspect and repair the unit to meet manufacturer ¿s specifications. If issues arise outside the above reference issues, the contractor shall contact the Contract Specialist and shall not perform work that is outside of this scope. Any changes that impact price, completion date, change in specified items, or any other specification listed herein this purchase order, shall be completed by bilateral modification. Only the Contracting Officer has the authority to make changes to the work required under this purchase order. The contractor shall submit documentation of all work performed and parts replaced for work required by this purchase order. Delivery and pick up of the crane will be completed by Reclamation to and from the contractor ¿s facility (up to 150 miles from the Yakima Field Office) based upon agreed schedule. If a contractor ¿s facility is located beyond 150 miles from the Yakima Field Office, the contractor shall be required to provide transport for the crane and provide for transportation costs in its quote. The contractor shall follow industry standards and guidelines, all applicable standards, and utilize only original equipment manufacturer (OEM) parts and equipment recommended or approved by the crane manufacturer. The contractor shall comply with established requirements, specification and quality standards, and require certification to that effect. The contractor shall comply with the manufacturer ¿s specifications and limitations applicable to the operation of any and all cranes and derricks. No modification or additions which affect the capacity or safe operation of the equipment shall be made by the employer without the manufacturer ¿s written approval. PERFORMANCE REQUIREMENT SUMMARY All aspects of this purchase order shall be carried out to a level of 100% compliance. Any aspect required that is not compliant will result in work being re-performed by the contractor at contractor expense, within the timeframes set forth in the purchase order. The following provisions and clauses apply to this acquisition, and are incorporated by reference: 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017); 52.212-3, Offeror Representations and Certifications-Commercial Items. (NOV 2017); 52.212-4, Contract Terms and Conditions--Commercial Items (JAN 2017); 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.242-15, Stop-Work Order (AUG 1998); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2018) to include: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016), 52.209-6, Protecting the Government ¿s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015), 52.222-3, Convict Labor (JUN 2003), 52.222-19, Child Labor ¿Cooperation with Authorities and Remedies (JAN 2018), 52.222-21, Prohibition of Segregated Facilities (APR 2015), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014), 52.222-50, Combating Trafficking in Persons (MAR2015), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011), 52.232-33, Payment by Electronic Funds Transfer ¿System for Award Management (JUL 2013), 52.222-41, Service Contract Labor Standards [(MAY 2014) wage determinations can be found online at www.wdol.gov], 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); and 1452.215-71, Use and Disclosure of Proposal Information (APR 1984). The following provisions and clauses apply to this acquisition, and are incorporated by full text: DOI-AAAP-0028 v03 Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP). (APR 2013) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions - Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice: Company Standard Invoice The Contractor shall also submit an electronic copy of the IPP invoice to the Contract Specialist/Contracting Officer at ASomerville@usbr.gov once the invoice has been submitted to IPP. Failure to email the invoice may cause significant delay or possible rejection of your payment request. The Contractor must use the IPP website to register access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in SAM) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 - 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. WBR 1452.222-80 Notice of Applicability ¿ Cooperation with Authorities and Remedies ¿ Child Labor. (JAN 2004) (a) The clause at FAR 52.222-19, Child Labor, Cooperation with Authorities and Remedies, does not apply to Bureau of Reclamation acquisitions to the extent that the contractor is supplying end products mined, produced, or manufactured in ¿ (1) Canada, and the anticipated value of the acquisition is $175,000 or more; and (2) Israel, and the anticipated value of the acquisition is $175,000 or more. (b) Nonapplicability thresholds for other countries are the same as listed in the FAR clause. WBR 1452.225-82 Notice of World Trade Organization Government Procurement Agreement Evaluations--Bureau of Reclamation. (MAY 2005) In accordance with the Agreement on Government Procurement, as amended by the Uruguay Round Agreements Act (Pub. L. 103-465), and other trade agreements, FAR Subpart 25.4, World Trade Organization Government Procurement Agreement, applies to Bureau of Reclamation acquisitions. In order to apply trade agreements unique to Reclamation, the contracting officer will (irrespective of any other provision or clause of this solicitation) evaluate acquisitions at or above the dollar thresholds listed in FAR 25.402(b) without regard to the restrictions of the Buy American Act. 52.212-2 Evaluation-Commercial Items. (OCT 2014) (a) Award will be made to the responsible offeror submitting the most advantageous price whose offer conforms to the solicitation requirements. All prices will be evaluated for price reasonableness and any incidents of unbalanced pricing. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer ¿s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. For further information about the requirement, offerors should contact Mandy Somerville 208-378-5224 or at ASomerville@usbr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3a1d6dbe08af7298b2d94a97ad471de8)
- Record
- SN05027644-W 20180810/180808231532-3a1d6dbe08af7298b2d94a97ad471de8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |